Award

Water Quality (Legionella) servicing and maintenance

SOUTHAMPTON CITY COUNCIL

This public procurement record has 1 release in its history.

Award

05 Nov 2024 at 14:12

Summary of the contracting process

Southampton City Council has completed the procurement process for the contract titled "Water Quality (Legionella) servicing and maintenance" under the consulting services for water-supply and waste consultancy industry category. The awarding stage took place on 5th November 2024, with Freeston Water Treatment Limited identified as the successful supplier. This contract will ensure continuity of water quality monitoring and analytical services for a transitional period of 24 months, primarily within the region of UKJ32 (Southampton). The procurement method was a limited procedure, following Regulation 32(b)(ii) for urgent and necessary service continuation due to health and safety compliance requirements.

This tender opens up opportunities for businesses specialising in water quality services and preventative maintenance. It highlights the need for firms capable of offering seamless transitions in compliance-based service provisions, particularly those with expertise in water quality risk assessments and mechanical and electrical asset condition surveys. SMEs with a solid background in public health safety measures, especially those with prior experience working under stringent regulatory frameworks, will find this contract particularly suited for their skills and growth potential.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Water Quality (Legionella) servicing and maintenance

Notice Description

This Voluntary Ex Ante Transparency Notice (VEAT) Notice indicates that Southampton City Council (the Council) a Contracting Authority, intends to directly award a Public Contract under Regulation 32(b)(ii) of the Public Contracts Regulations 2015, for the provision of water quality monitoring and analytical services for a proposed transitional period of 24 months. The provisions of Regulation 32(b)(ii) are being followed by the Council in circumstances where the Council, a duty holder under the applicable health and safety legislation and the Approved Code of Practice and guidance, requires a continuity of the existing water quality monitoring and analytical services provided by the incumbent to cover a transitional period. Where the Council does not implement suitable and sufficient arrangements to ensure the continuity of the services, the Council foresees that risks associated with the proliferation of legionella bacteria in the Council's building assets may increase. The Council has published its tender for the water quality monitoring and analytical services and a mechanical and electrical asset lifecycle condition surveying contract. Upon the conclusion of the Council's tender, the Council shall award a contract to a capable supplier of these services. And the Council, to ensure continuity of services during the mobilisation phase of the new contract (the transitional period), requires the incumbent to continue to implement legionella prevention control measures in accordance with the incumbent's existing recommendations where these have been set out in the incumbent's water quality risk assessments. Whilst the Council proposes to retain the services of the incumbent during the transitional period, the Council shall not instruct the incumbent to carry any new water quality risk assessments, and accordingly, the volume of the existing water quality control measures the incumbent shall carry out shall dimmish during the transitional period as the new supplier mobilises to increase the carrying out of new water quality risk assessments and mechanical and electrical asset condition surveys in accordance with the Council's requirements. At the end of the mobilisation phase as provided for, the new supplier shall be carrying out water quality risk assessments and implementing control measures in connection with all of the Council's building assets.

Lot Information

Lot 1

This Voluntary Ex Ante Transparency Notice (VEAT) Notice indicates that Southampton City Council (the Council) a Contracting Authority, intends to directly award a Public Contract under Regulation 32(b)(ii) of the Public Contracts Regulations 2015, for the provision of water quality monitoring and analytical services for a proposed transitional period of 24 months. The provisions of Regulation 32(b)(ii) are being followed by the Council in circumstances where the Council, a duty holder under the applicable health and safety legislation and the Approved Code of Practice and guidance, requires a continuity of the existing water quality monitoring and analytical services provided by the incumbent to cover a transitional period. Where the Council does not implement suitable and sufficient arrangements to ensure the continuity of the services, the Council foresees that risks associated with the proliferation of legionella bacteria in the Council's building assets may increase. The Council has published its tender for the water quality monitoring and analytical services and a mechanical and electrical asset lifecycle condition surveying contract. Upon the conclusion of the Council's tender, the Council shall award a contract to a capable supplier of these services. And the Council, to ensure continuity of services during the mobilisation phase of the new contract (the transitional period), requires the incumbent to continue to implement legionella prevention control measures in accordance with the incumbent's existing recommendations where these have been set out in the incumbent's water quality risk assessments. Whilst the Council proposes to retain the services of the incumbent during the transitional period, the Council shall not instruct the incumbent to carry any new water quality risk assessments, and accordingly, the volume of the existing water quality control measures the incumbent shall carry out shall dimmish during the transitional period as the new supplier mobilises to increase the carrying out of new water quality risk assessments and mechanical and electrical asset condition surveys in accordance with the Council's requirements. At the end of the mobilisation phase as provided for, the new supplier shall be carrying out water quality risk assessments and implementing control measures in connection with all of the Council's building assets.

Procurement Information

This Voluntary Ex Ante Transparency Notice (VEAT) Notice indicates that Southampton City Council (the Council) a Contracting Authority, intends to directly award a Public Contract under Regulation 32(b)(ii) of the Public Contracts Regulations 2015, for the provision of water quality monitoring and analytical services for a proposed transitional period of 24 months. The provisions of Regulation 32(b)(ii) are being followed by the Council in circumstances where the Council, a duty holder under the applicable health and safety legislation and the Approved Code of Practice and guidance, requires a continuity of the existing water quality monitoring and analytical services provided by the incumbent to cover a transitional period. Where the Council does not implement suitable and sufficient arrangements to ensure the continuity of the services, the Council foresees that risks associated with the proliferation of legionella bacteria in the Council's building assets may increase. The Council has published its tender for the water quality monitoring and analytical services and a mechanical and electrical asset lifecycle condition surveying contract. Upon the conclusion of the Council's tender, the Council shall award a contract to a capable supplier of these services. And the Council, to ensure continuity of services during the mobilisation phase of the new contract (the transitional period), requires the incumbent to continue to implement legionella prevention control measures in accordance with the incumbent's existing recommendations where these have been set out in the incumbent's water quality risk assessments. Whilst the Council proposes to retain the services of the incumbent during the transitional period, the Council shall not instruct the incumbent to carry any new water quality risk assessments, and accordingly, the volume of the existing water quality control measures the incumbent shall carry out shall dimmish during the transitional period as the new supplier mobilises to increase the carrying out of new water quality risk assessments and mechanical and electrical asset condition surveys in accordance with the Council's requirements. At the end of the mobilisation phase as provided for, the new supplier shall be carrying out water quality risk assessments and implementing control measures in connection with all of the Council's building assets.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-04b40e
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/035804-2024
Current Stage
Award
All Stages
Award

Procurement Classification

Notice Type
Award Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Limited
Procurement Method Details
Award procedure without prior publication of a call for competition
Tender Suitability
Not specified
Awardee Scale
SME

Common Procurement Vocabulary (CPV)

CPV Divisions

71 - Architectural, construction, engineering and inspection services


CPV Codes

71800000 - Consulting services for water-supply and waste consultancy

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£233,134 £100K-£500K

Notice Dates

Publication Date
5 Nov 20241 years ago
Submission Deadline
Not specified
Future Notice Date
Not specified
Award Date
5 Nov 20241 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Not Specified
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
SOUTHAMPTON CITY COUNCIL
Contact Name
Not specified
Contact Email
procurement@southampton.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
SOUTHAMPTON
Postcode
N/A
Post Town
Not specified
Country
Not specified

Major Region (ITL 1)
Not specified
Basic Region (ITL 2)
Not specified
Small Region (ITL 3)
Not specified
Delivery Location
TLJ32 Southampton

Local Authority
Not specified
Electoral Ward
Not specified
Westminster Constituency
Not specified

Supplier Information

Number of Suppliers
1
Supplier Name

FREESTON WATER TREATMENT

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-04b40e-2024-11-05T14:12:32Z",
    "date": "2024-11-05T14:12:32Z",
    "ocid": "ocds-h6vhtk-04b40e",
    "initiationType": "tender",
    "tender": {
        "id": "DN2691",
        "legalBasis": {
            "id": "32014L0023",
            "scheme": "CELEX"
        },
        "title": "Water Quality (Legionella) servicing and maintenance",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "71800000",
            "description": "Consulting services for water-supply and waste consultancy"
        },
        "mainProcurementCategory": "services",
        "description": "This Voluntary Ex Ante Transparency Notice (VEAT) Notice indicates that Southampton City Council (the Council) a Contracting Authority, intends to directly award a Public Contract under Regulation 32(b)(ii) of the Public Contracts Regulations 2015, for the provision of water quality monitoring and analytical services for a proposed transitional period of 24 months. The provisions of Regulation 32(b)(ii) are being followed by the Council in circumstances where the Council, a duty holder under the applicable health and safety legislation and the Approved Code of Practice and guidance, requires a continuity of the existing water quality monitoring and analytical services provided by the incumbent to cover a transitional period. Where the Council does not implement suitable and sufficient arrangements to ensure the continuity of the services, the Council foresees that risks associated with the proliferation of legionella bacteria in the Council's building assets may increase. The Council has published its tender for the water quality monitoring and analytical services and a mechanical and electrical asset lifecycle condition surveying contract. Upon the conclusion of the Council's tender, the Council shall award a contract to a capable supplier of these services. And the Council, to ensure continuity of services during the mobilisation phase of the new contract (the transitional period), requires the incumbent to continue to implement legionella prevention control measures in accordance with the incumbent's existing recommendations where these have been set out in the incumbent's water quality risk assessments. Whilst the Council proposes to retain the services of the incumbent during the transitional period, the Council shall not instruct the incumbent to carry any new water quality risk assessments, and accordingly, the volume of the existing water quality control measures the incumbent shall carry out shall dimmish during the transitional period as the new supplier mobilises to increase the carrying out of new water quality risk assessments and mechanical and electrical asset condition surveys in accordance with the Council's requirements. At the end of the mobilisation phase as provided for, the new supplier shall be carrying out water quality risk assessments and implementing control measures in connection with all of the Council's building assets.",
        "lots": [
            {
                "id": "1",
                "description": "This Voluntary Ex Ante Transparency Notice (VEAT) Notice indicates that Southampton City Council (the Council) a Contracting Authority, intends to directly award a Public Contract under Regulation 32(b)(ii) of the Public Contracts Regulations 2015, for the provision of water quality monitoring and analytical services for a proposed transitional period of 24 months. The provisions of Regulation 32(b)(ii) are being followed by the Council in circumstances where the Council, a duty holder under the applicable health and safety legislation and the Approved Code of Practice and guidance, requires a continuity of the existing water quality monitoring and analytical services provided by the incumbent to cover a transitional period. Where the Council does not implement suitable and sufficient arrangements to ensure the continuity of the services, the Council foresees that risks associated with the proliferation of legionella bacteria in the Council's building assets may increase. The Council has published its tender for the water quality monitoring and analytical services and a mechanical and electrical asset lifecycle condition surveying contract. Upon the conclusion of the Council's tender, the Council shall award a contract to a capable supplier of these services. And the Council, to ensure continuity of services during the mobilisation phase of the new contract (the transitional period), requires the incumbent to continue to implement legionella prevention control measures in accordance with the incumbent's existing recommendations where these have been set out in the incumbent's water quality risk assessments. Whilst the Council proposes to retain the services of the incumbent during the transitional period, the Council shall not instruct the incumbent to carry any new water quality risk assessments, and accordingly, the volume of the existing water quality control measures the incumbent shall carry out shall dimmish during the transitional period as the new supplier mobilises to increase the carrying out of new water quality risk assessments and mechanical and electrical asset condition surveys in accordance with the Council's requirements. At the end of the mobilisation phase as provided for, the new supplier shall be carrying out water quality risk assessments and implementing control measures in connection with all of the Council's building assets.",
                "hasOptions": false
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "UKJ32"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "procurementMethod": "limited",
        "procurementMethodDetails": "Award procedure without prior publication of a call for competition",
        "procurementMethodRationaleClassifications": [
            {
                "scheme": "TED_PT_AWARD_CONTRACT_WITHOUT_CALL",
                "id": "D_OUTSIDE_SCOPE",
                "description": "The procurement falls outside the scope of application of the directive"
            }
        ],
        "procurementMethodRationale": "This Voluntary Ex Ante Transparency Notice (VEAT) Notice indicates that Southampton City Council (the Council) a Contracting Authority, intends to directly award a Public Contract under Regulation 32(b)(ii) of the Public Contracts Regulations 2015, for the provision of water quality monitoring and analytical services for a proposed transitional period of 24 months. The provisions of Regulation 32(b)(ii) are being followed by the Council in circumstances where the Council, a duty holder under the applicable health and safety legislation and the Approved Code of Practice and guidance, requires a continuity of the existing water quality monitoring and analytical services provided by the incumbent to cover a transitional period. Where the Council does not implement suitable and sufficient arrangements to ensure the continuity of the services, the Council foresees that risks associated with the proliferation of legionella bacteria in the Council's building assets may increase. The Council has published its tender for the water quality monitoring and analytical services and a mechanical and electrical asset lifecycle condition surveying contract. Upon the conclusion of the Council's tender, the Council shall award a contract to a capable supplier of these services. And the Council, to ensure continuity of services during the mobilisation phase of the new contract (the transitional period), requires the incumbent to continue to implement legionella prevention control measures in accordance with the incumbent's existing recommendations where these have been set out in the incumbent's water quality risk assessments. Whilst the Council proposes to retain the services of the incumbent during the transitional period, the Council shall not instruct the incumbent to carry any new water quality risk assessments, and accordingly, the volume of the existing water quality control measures the incumbent shall carry out shall dimmish during the transitional period as the new supplier mobilises to increase the carrying out of new water quality risk assessments and mechanical and electrical asset condition surveys in accordance with the Council's requirements. At the end of the mobilisation phase as provided for, the new supplier shall be carrying out water quality risk assessments and implementing control measures in connection with all of the Council's building assets."
    },
    "awards": [
        {
            "id": "035804-2024-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-129209",
                    "name": "FREESTON WATER TREATMENT LIMITED"
                }
            ]
        }
    ],
    "parties": [
        {
            "id": "GB-FTS-33033",
            "name": "Southampton City Council",
            "identifier": {
                "legalName": "Southampton City Council"
            },
            "address": {
                "locality": "Southampton",
                "region": "UKJ32",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "procurement@southampton.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.southampton.gov.uk/",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "REGIONAL_AUTHORITY",
                        "description": "Regional or local authority"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-129209",
            "name": "FREESTON WATER TREATMENT LIMITED",
            "identifier": {
                "legalName": "FREESTON WATER TREATMENT LIMITED"
            },
            "address": {
                "streetAddress": "Unit 1 Lulworth Business Centre, Nutwood Way Calmore Industrial Estate, Totton, Southampton, Hampshire, SO40 3WW",
                "locality": "Southampton",
                "region": "UKJ32",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        },
        {
            "id": "GB-FTS-136",
            "name": "High Court of England and Wales",
            "identifier": {
                "legalName": "High Court of England and Wales"
            },
            "address": {
                "locality": "London",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-33033",
        "name": "Southampton City Council"
    },
    "contracts": [
        {
            "id": "035804-2024-1",
            "awardID": "035804-2024-1",
            "status": "active",
            "value": {
                "amount": 233134,
                "currency": "GBP"
            },
            "dateSigned": "2024-11-05T00:00:00Z"
        }
    ],
    "language": "en"
}